Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOLICITATION NOTICE

Z -- INSTALL NEW DOCK LEVELERS & ADJUST DOCK HEIGHTS AT BUILDING 89, BAY 1, DOORS 03 & 04, DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA (DDSP), NEW CUMBERLAND, PA

Notice Date
3/13/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-09-B-5002
 
Archive Date
5/31/2009
 
Point of Contact
Julie A Metzger,, Phone: 717 770-6243
 
E-Mail Address
julie.metzger@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor shall provide all supervision, labor, material and equipment to “Install new dock levelers & adjust dock heights at Buildings 89, bay1, doors 03 & 04”, Defense Distribution Depot Susquehanna (DDSP), New Cumberland PA 17070. The following summary is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected the contractor will attend the site visit and thoroughly become familiar with the project. Specifications and drawings will be provided when the solicitation package is issued. Project Description: Install new dock levelers & adjust dock heights at Buildings 89, bay 1, doors 03 & 04, Defense Distribution Depot Susquehanna, New Cumberland, PA. The project consists of performing work, but not limited to, as summarized below. Provide the necessary material and labor as required by the Plans and Specifications for the following tasks: •Remove a portion of the concrete dock, install new concrete dock pit, hydraulic dock leveler, door seals and dock bumpers @ doors 03 & 04 of Building 89, Bay 1. Dowel new concrete slab into the existing concrete slab. The door seals shall be manufactured and installed to provide full width trailer access to load and unload the trailers. The door seal head assembly and door seals shall provide a positive seal between internal and external environments due to varying heights of the trailers to minimize heat loss and gain. •Furnish & Install temporary framework for dust / fume protection / security while working inside the bay. •Lower the trucks approaches @ doors entrances to get the required dock height. •Replace the existing bituminous pavement with concrete pavement, applicable pavement joints and traffic zone line paint. •Provide warning signs & electrical work as detailed in the plan. •Install new modular trench drains for proper drainage @ the concrete pavements for doors 03 & 04 of Building 89, Bay 1. Connect these drains to the existing 12” SLCPP storm pipe. •Provide pipe bollards with base plates on the concrete slab for the safe guard of the heat tunnel assembly inside the bay. All work shall be performed complete and in accordance with the specifications and drawings. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and shall complete “Install new dock levelers & adjust dock heights at Buildings 89, bay 1, doors 03 & 04” and be ready for use within 120 days after receipt of Notice to Proceed. Working Hours: Regular working hours shall be, Monday through Friday, normally 7:30 a.m. to 4:30 a.m., excluding Government holidays. Power outage work shall be between the hours of 4:30 pm on Saturdays and 5:00 am on Sundays, excluding Government holidays. A pre-construction conference will be held approximately 15 days after NTP. Initial submittals will be provided to the Government Contracting Officer Representative (COR) at this time. This acquisition is 100% set aside for Small Business concerns pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). Contract award will be issued pursuant to the Small Business Competitiveness Demonstration Program. The NAICS Code for this procurement is 236220. The small business size standard is $33,500,000.00. The magnitude of this construction effort is between $100,000 and $250,000. The tentative timeframe for issuance of the Invitation for Bid (IFB) SP3100-09-B-5002 for this requirement will be on or around March 31, 2009. A site visit will be conducted. The exact date and time for the site visit will be stated in the solicitation package. The solicitation will also establish the IFB opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Julie Metzger at Julie.Metzger@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the FedBizOpps website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database. All responsible offerors may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3183c117a298284fc64cd4c3e77ea3a2&tab=core&_cview=1)
 
Place of Performance
Address: DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA, BUILDING 89, BAY 1, DOORS 03 & 04, NEW CUMBERLAND, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN01769097-W 20090315/090313220258-3183c117a298284fc64cd4c3e77ea3a2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.